|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 17,1998 PSA#2160Regional Contracting Department (Code 201), Fleet and Industrial Supply
Center, 1942 Gaffney Street, Ste 100, Pearl Harbor, HI 96860-4549 63 -- POLICE IN-CAR AUDIO/VISUAL SYSTEMS SOL N00604-98-R-0028 DUE
090498 POC Mary McFeely, Contract Specialist, (808) 474-2397, ext. 230;
Beatrice Appling, Contracting Officer POLICE AUDIO/ VIDEO SYSTEM SOL
N00604-98-R-0028 DUE 04 September 1998, 1:00 p.m. Hawaiian Standard
Time (HST). Point of Contact: Mary McFeely, 808/474-2397, ext. 230,
Contract Specialist. This solicitation is unrestricted; all responsible
sources may submit a proposal which shall be considered. This is a
combined synopsis/solicitation for commercial items prepared in
accordance with the format in FAR Subpart 12.6, Streamline Procedures
for Evaluation and Solicitation for Commercial Items, as supplemented
with additional information included in this notice. This announcement
constitutes the only solicitation; proposals are being requested and
a separate written solicitation will not be issued. Solicitation number
N00604-98-R-0028 applies and is issued as a Request for Proposal. This
solicitation document and incorporated provisions and clauses are
those in effect through Federal Acquisition Circular 97-04 and Defense
Acquisition Circular 91-13. The standard industrial code is 5999 and
the business size standard is $5.0 million. This requirement is for a
fixed priced contract for one (1) line item as follows: Line item 0001:
Quantity-22 Each; Item description: Police audio/video systems for
Naval Station, Pearl Harbor, base police force. The systems shall be
installed on 1998 Chevrolet Luminas with police packages, front bucket
seats without consoles and protective cages between front and rear
seats. System shall include camera, compact monitor, wireless
microphone, hard-wired microphone in the vehicle, VHS VCR enclosed in
protective vault, and all cables, connectors, wiring harnesses and
mounting brackets to install the system. The driver shall be able to
start/stop recording; rewind, playback, and fast forward recorded
information; operate the camera zoom; select auto-focus or manually
focus the camera from the driver's seat. The system shall have
record-over protection to prevent the destruction of evidence. Controls
for VCR, camera and microphone shall be easily accessible by the driver
while vehicle is in motion and at night when lighting is minimal.
Installation of the system shall not obstruct deflation of air bags or
obstruct any other safety feature of the vehicle, including visibility
for the driver. System shall be have full functionality with a minimum
interior car temperature of 130 degrees farenheit and minimum trunk
temperature of 170 degrees. The system shall automatically activate and
record audio and video when the driver's door is opened, when the
wireless microphone is turned on, or when the emergency lights are
activated. The system shall have all necessary features to ensure that
false activation does not occur by the wireless microphone. The system
shall record on the tape when emergency lights are in use, when brakes
are applied, the date/time and user-selected titling. The system shall
be shielded from audio/video interference from magnetic fields, police
radio use, and automotive noise. The system shall be delivered with
all required quality testing and burn-in already performed by the
contractor. All components of the system shall either utilize the 12VDC
vehicle battery or self-contained batteries within the unit. The system
shall comply with vehicle ignition standards of 13.6VDC plus or minus
20%. The system shall be capable of being upgraded to accommodate two
additional 12VDC devices, including an extra camera. Operation and
installation instructions shall be provided for the system.
Installation instructions shall be written so that normal maintenance
personnel can install the systems. Should equipment require mounting to
the vehicle's body, the contractor shall provide any necessary
accessories to ensure that the vehicle remains watertight. The camera
and the VCR shall have a minimum 43db sound to noise ration. The camera
shall be 1/3 inch CCD color high resolution camera. The camera shall
have: a minimum 430 lines resolution; auto iris (automatically adjusts
light settings); auto and manual focus; 12:1 zoom lens (minimum focal
range 5.4-64.8 mm); auto white balance; backlight compensation; 1 lux
minimum illumination rating. The camera shall weigh less than 5 lbs.
The camera shall be dash or windshield mountable and shall be small
enough so that it does not obscure the driver's visibility. The camera
shall be used to record all officers actions, including pursuits,
traffic stops, transportation of suspects and surveillance. The camera
shall be able to rotate 360 degrees and be locked into a selected
position. The color video monitor shall allow easy viewing during
daytime and nighttime and have features to preclude glare from
sunlight. The monitor screen shall be a minimum of 2-3/4 inches. The
monitor shall be positioned for safe viewing by the driver while the
camera is in use, even if the vehicle is in motion. The monitor shall
display the recording time remaining on the tape. The wireless
microphone/transmitter shall be worn by the officer. The receiver shall
be secured in the police vehicle and shall interconnect with the VCR to
record the officer's conversations. The unit shall be capable of
transmitting a minimum distance of 500 feet. A windscreen shall be
provided for the microphone. All eight FCC approved travelling TX/RX
frequencies in the 169-172 MHz shall be available for use. Two user
selectable frequencies shall be available at all times for the wireless
microphone. A hard-wired in-car microphone shall be included to record
conversations inside the vehicle simultaneously with conversations
recorded with the wireless mic. The control for the in-car microphone
shall be mounted near the driver for discreet turn on. The systems
shall be able to de-activate record/mic LEDs and monitor sound while
the in-car mic is in use for discreet in-car recording. The in-car mic
shall not affect use of the wireless mic. Both audio sources shall be
recorded simultaneously on separate audio tracks on the VHS tape in
the VCR. The system shall include a 4 head VHS VCR with BNC video
connectors. Horizontal resolution for the VCR shall be a minimum of 230
lines. Features of the VCR may be locked out bythe user for restricted
use. The VCR shall weigh 5 pounds or less. The VCR shall record for up
to 8 hours using a T-160 tape. The VCR shall have two audio tracks. The
VCR shall be enclosed in a vault to control access to the recorder and
the tape to secure evidence from tampering. Should keys be used for
the securing of the vault, three sets of each key shall be provided.
The vault shall ensure that all equipment contained in the vault
remains at a satisfactory operational temperature. Any environmental
conditioning equipment used by the vault shall be activated only when
the vehicle's ignition is turned to "on". Mounting of the vault shall
be secure to prevent unnecessary shifting of the interior equipment and
to prevent theft. Weight of the vault shall not exceed 40 pounds. The
vault shall be fireproof and bullet resistant. The vault and VCR shall
provide adequate ruggedization to ensure that the VCR records properly
and is not damaged even during high speed or off-road chases. Delivery
is required within 30 days after award of contract to be delivered FOB
Destination to: N62813 Pearl Harbor Police Division, Building 199,
Naval Station, Pearl Harbor, Hawaii 96860-6000 M/F: Mr. Moody.
Acceptance shall be made at destination. In the event the unit price
and extended price are ambiguous, the Government shall use the
indicated unit price for evaluation and award purposes. The provision
at FAR 52-212-1, Instructions to Offerors-Commercial Items applies.
Addendum to FAR 52-212-1: Paragraph (b) (4), Technical
Description-Substitute "Descriptive literature" for "technical
description."; Paragraph (h), Multiple awards-Delete entire paragraph.
Substitute "Single Award. The Government plans to award a single
contract resulting from this solicitation. Unless otherwise provided in
the Schedule, offers may not be submitted for quantities less than
those specified. The Government reserves the right to make an award on
any item for a quantity less that the quantity offered, at the unit
prices offered unless the offeror specified otherwise in the offer."
The provision at FAR 52.214-21, Descriptive Literature applies. Past
performance will not be evaluated but will be used as a factor in
determining responsibility. Offerors shall provide the names and
numbers of three (3) references that you have provided same or similar
supplies (reference sheets may be obtained from the POC stated
herein). The provision at FAR 52.212-2, Evaluation Commercial Items
applies. The Government intends to make a single award to the
responsible contractor whose proposal is technically acceptable, in
full compliance to all other requirements set forth in the solicitation
and the lowest cost or price. Technical acceptability is more important
than price. The Government reserves the right to judge which proposals
show the required capability and the right to eliminate from further
consideration those proposals which are considered unacceptable and not
capable of being made acceptable without major rewrite or revision.
Offerors are required to complete and include a copy of the following
provisions with their proposals (copies may be obtained from the POC
stated herein): FAR 52.212-3, Offeror Representation and
Certifications-Commercial Items; DFARS 252.212-7000, Offeror
Representations and Certifications-Commercial Items. Also, DFARS
252-225-7000, Buy American Act and Balance of Payments Program
Certificate; DFARS 252.204-7004, Required Central Contract
Registration. Clause 52.212-4, Contract Terms and Conditions-Commercial
Items, applies. Add the following addendum clause, FAR 52.211-5,
Material Requirements; and provisions: FAR 52.215-5, Facsimile
Proposals. The clause at FAR 52-212-5, Contract Terms and Conditions
Required to Implement Statues or Executive Orders-Commercial Items
applies with the following applicable clauses for paragraph (b): FAR
52.203-6, Restrictions on Subcontractor Sales to the
Government-Alternate I; FAR 52.203-10, Price or Fee Adjustment for
Illegal or Improper Activity; FAR 52.219-8, Utilization of Small
Business Concerns and Small Disadvantaged Business Concerns; FAR
52.222-26, Equal Opportunity; FAR 52.222-35, Affirmative Action for
Special Disabled and Vietnam Era Veterans; FAR 52.222-36 Affirmative
Action for Workers with Disabilities; FAR 52.222-37, Employment Reports
on Special Disabled and Vietnam Era Veterans; FAR 52.225-18, European
Union Sanction for Services; FAR 52.247-64, Preference for
Privately-Owned U.S.-Flag Commercial Vessels. DFARS 252.212-7001,
Contract Terms and Conditions Required to Implement Statutes or
Executive Orders Applicable to Defense Acquisitions of Commercial
Items, applies with the following clauses applicable to paragraph (b):
DFARS 252.219-7006, Notice of Evaluation Preference for Small
Disadvantaged Business Concerns-Alternate I; DFARS 252.225-7001, Buy
American Act and Balance of Payment Program; DFARS 252.227-7015,
Technical Data -- Commercial Items; DFARS 252.227-7036 Buy American
North American Free Trade Agreement Implementation Act Balance of
Payment Program; DFARS 252.227-7037, Validation ofRestrictive Markings
on Technical Data; DFARS 252.247-7024, Notification of Transportation
of Supplies by Sea; DFARS 252.219-7000, Small Disadvantaged Business
Concern Representation (DoD Contracts). Proposals must be received no
later than 1:00 p.m. HST, 04 September 1998. Proposals should be mailed
to: Department of Navy, Fleet and Industrial Supply Center, Regional
Contracting Department (Code 201A.MM), 1942 Gaffney Street, Suite 100,
Pearl Harbor, Hawaii 96860-4549. Facsimile proposals will be accepted
at 808/471-5750 or 808/474-3525. Posted 08/13/98 (W-SN236937). (0225) Loren Data Corp. http://www.ld.com (SYN# 0414 19980817\63-0001.SOL)
63 - Alarm, Signal and Security Detection Systems Index Page
|
|